SOLICITATION NOTICE
66 -- GAS CHROMATOGRAPH
- Notice Date
- 8/3/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NB836020-7-05628
- Response Due
- 8/20/2007
- Archive Date
- 9/4/2007
- Description
- DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 333911 with a small business size standard of 500 employees. However, this procurement is unrestricted and all responsible offerors may submit a quote. The National Institutes of Standards and Technology has a requirement for one (1) Gas Chromatograph. LINE ITEM 0001: Quantity one (1) each, Gas Chromatograph, meeting or exceeding the following required minimum specifications: 1. Safety rating shall be class 1, division 1 (Groups B, C, and D); 2. Analysis time shall be 5 minutes or less; 3. Shall be able to measure the components in the table below at their specified concentrations (C6 plus is sufficient); Component Concentration (percentage) Methane 95.7008 Nitrogen 1.45 Carbon Dioxide 0.7 Ethane 1.85 Propane 0.1 Hydrogen 0.15 Isobutane 0.005 Butane 0.005 2-methyl Butane 0.002 Pentane 0.001 Hexane 0.0006 Heptane 0.0006 Helium 0.035 4. The precision of the measurement shall be such that the standard deviation of five or more repeated measurements of the same sample must result in the repeatability of the molecular weight less than or equal to 0.01 percent; 5. Shall have an automatic stream switching between the pipeline gas being measured and the gas standard sample bottle; 6. Shall have four streams with the fast loop bypass, Model 120-filters, and liquid shut-off; 7. Shall have mod bus data communications; 8. Shall have Ethernet capabilities; 9. Shall have AC power 110 Volts; 10. Shall be suited to be mounted on the floor; 11. Shall be capable of local operator interface; 12. Shall have 3 months or more for archiving data; 13. Shall have capability of being installed outdoors (Suitable enclosure is IP56/Nema 4X); 14. Repeatability shall be equal to or less than 1 BTU per 1000 BTUs in temperature conditions ranging from -29 degrees Fahrenheit to 130 degrees Fahrenheit for a 24 hour period; 15. Repeatability at ambient temperature for 24 hour period shall be less than 0.5 BTU per 1000 BTUs; 16. Heating of columns shall be isothermal (No air requirements); 17. Columns shall be warranted for a period of at least 5 years; 18. Valves rebuild shall be warranted for the lifetime of the equipment or 5 years between servicing; Delivery shall be completed in accordance with the manufacturer?s commercial schedule. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award shall be made to the quoter who meets all required technical specifications as determined by a review of documentation submitted in accordance with this solicitation and quotes the lowest price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the product, manufacturer sales literature or other product literature which addresses all minimum specifications and clearly documents that the offered product meets the specifications stated above. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.225-2 Buy American Certificate Offerors must complete annual representations and cerifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (14)52.222-3, Convict Labor (15)52.222-19, Child Labor-Cooperation with Authorities and Remedies (16)52.222-21, Prohibition of Segregated Facilities (17)52.222-26, Equal Opportunity (19)52.222-36, Affirmative Action for Workers with Disabilities (23)52.225-1, Buy American Act--Supplies (26)52.225-13, Restrictions on Certain Foreign Purchases (31)52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1). An original and one (1) copy of a quotation which addresses the above line items. 2). Two (2) originals of technical description and/or product literature; This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror?s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes must be sent to the National Institutes of Standards and Technology, Acquisition Management Division, Attn: Lynda Roark, 100 Bureau Drive, MS 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 pm local time on August 20, 2007. EMAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED.
- Place of Performance
- Address: 100 BUREAU DRIVE, MS 1640, GAITHERSBURG, MD
- Zip Code: 20899
- Country: UNITED STATES
- Zip Code: 20899
- Record
- SN01361365-W 20070805/070803220456 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |